|
Public Legal Notices
NOTICE OF LEASE LEASEBACK REQUEST FOR QUALIFICATIONS AND PROPOSALS
Union School District (“District”) is seeking proposals from qualified persons, firms, partnerships, corporations, associations, or professional organizations to provide constructability review, value engineering, master scheduling, cost estimating, budgeting, and construction services for the development and construction for the New Modular Classrooms and Associated Sitework at Carlton Elementary, Noddin Elementary and Lietz Elementary Schools, 200190 (“Project”), in accordance with the lease-leaseback structure set forth in Education Code section 17406, et seq.
Respondents to the RFQ/P shall submit a completed Statement of Qualifications (“SOQ”) along with the Proposal (collectively “RFQ/P Packet”).
1. The Project consists of: New modular classrooms and associated sitework.
2. To propose on this Project, the Respondent is required to possess one or more of the following State of California contractors' license(s): B license.
The contractor's license(s) must remain active and in good standing throughout the term of the Contract.
3. To propose on this Project, the contractor is required to be registered as a public works contractor with the Department of Industrial Relations pursuant to the Labor Code.
4. Contract Documents will be available on or after July 11, 2025, for review from the District's website, https://www.unionsd.org/community/request-for-proposals-rfp.
5. Responses to the RFQ/P will be received until 2:00 p.m., August 6, 2025, at the District Facilities Office, 5175 Union Avenue, San Jose, California 95124. Any proposal that is submitted after this time shall be nonresponsive and returned to the Respondent.
6. Pursuant to Public Contract Code section 20111.6, only prequalified Respondents will be eligible to submit a proposal. First tier electrical, mechanical and plumbing subcontractors must be prequalified prior to the time subcontractor bids are submitted.
Union School District currently uses Quality Bidders for prequalification. Please submit prequalification through qualitybidders.com.
7. A mandatory pre-proposal conference and site visit will be held on July 16, 2025, at 9:00a.m. at 2421 Carlton Ave, San Jose, CA 95124, California. All participants are required to sign in with TBK Construction Management. The site visit is expected to take approximately 60 minutes. Failure to attend or excessive tardiness will render proposal ineligible.
8. The successful Respondent shall be required to furnish a 100% Performance Bond and a 100% Payment Bond if it is awarded the Contract for the Work.
9. The successful Respondent may substitute securities for any monies withheld by the District to ensure performance under the Contract, in accordance with the provisions of section 22300 of the Public Contract Code.
10. The Contractor and all Subcontractors under the Contractor shall pay all workers on all Work performed pursuant to this Contract not less than the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work as determined by the Director of the Department of Industrial Relations, State of California, for the type of work performed and the locality in which the work is to be performed within the boundaries of the District, pursuant to section 1770 et seq. of the California Labor Code. Prevailing wage rates are also available from the District or on the Internet at:
11. This Project is subject to labor compliance monitoring and enforcement by the Department of Industrial Relations pursuant to Labor Code section 1771.4 and subject to the requirements of Title 8 of the California Code of Regulations. The successful Respondent shall comply with all requirements of Division 2, Part 7, Chapter 1, Articles 1-5 of the Labor Code. Additionally, the Project is subject to skilled and trained workforce requirement pursuant to Public Contract Code § 2600.
12. The District intends to select one Respondent that best meets the District's needs to perform the Project. The criteria on which the District makes its determination will be based on the District's adopted best value methodology and criteria provided in the RFQ/P.
13. The Board reserves the right to reject any and all proposals and/or waive any irregularity in any proposal received.
7/3/25
CNS-3943015#
SMALL BUSINESS EXCHANGE
Union School District - New Modular Classrooms and Associated Sitework at Carlton Elementary, Noddin Elementary and Lietz Elementary Schools, 200190 (“Project”), Email To Friend« Go Back |
|